Documente Academic
Documente Profesional
Documente Cultură
3. Environment ................................................................................................................................................................................. 10
3.1. Existing business systems .................................................................................................................................................................... 10
3.2. Business system integration ............................................................................................................................................................... 11
5. Implementation......................................................................................................................................................................... 20
5.1. Project Management ............................................................................................................................................................................. 20
5.2. Project Delivery/Installation .............................................................................................................................................................. 21
5.3. Quality Assurance/Testing .................................................................................................................................................................. 22
5.4. Training .................................................................................................................................................................................................... 22
5.5. Documentation ....................................................................................................................................................................................... 22
5.6. Warranty/Extended Maintenance ..................................................................................................................................................... 23
Attachment A………………………………………………………………………………………………………………………………………………..29
Attachment B…………………………………………………………………………………………………………..30
1.1. Overview
The City of Westerville, Ohio (“Westerville”) is a home rule municipal electric and water utility
founded in 1858 and located in the Central part of the state of Ohio. The City has approximately
38,265 residents, and is located in close proximity to Columbus, Ohio, the State Capital.
A seven-member City council governs Westerville policy, approves budgets, establishes rates,
and hires a City Manager. Key executive staff includes ten directors, including Electric, Water,
Finance, Administrative Services, Public Works and Planning. Westerville has approximately
800 full and part time employees.
Westerville serves approximately 16,000 electric and 14,000 water customers in a service
territory of approximately 12.6 square miles. The service territory covered in the Westerville
system is bounded by the City of Westerville city limits, with a small number of customers
located just outside. The Westerville electric customer profile is made up of residential, all-
electric residential, small commercial, large commercial and a limited number of industrial
customers. Westerville installs and maintains municipal streetlights, traffic signals, and serves a
small number of metered government related buildings.
Westerville owns and operates approximately 11.5 miles of 69 kV transmission lines and 260
circuit miles of 13.2 kV distribution lines, many of which are located underground. There are six
area substations configured to route 138 kV and 69 kV to 34 13.2 kV distribution circuits and
provide connections for the distribution network. The Water Department operates a 7.5 million
gallon per day water treatment plant and provides service to city residents over approximately
150 miles of water mains. Sewer treatment is provided by the City of Columbus.
Westerville purchases wholesale power from American Municipal Power (AMP) and AEP
through interconnections with AEP. Energy supply and ancillary services are coordinated
through the PJM ISO which manages overall system capacity including various peak capacity
reduction programs. System peak capacity has been growing at a compound annual growth
rate of approximately 3.6% over the past 7 years. The City has been piloting a solar energy and
storage project and is looking for additional options for reduction of system peak demand.
While population growth has slowed primarily due to limited land availability within the City
limits, Westerville is interested in managing peak system load growth and expects to utilize AMI
to implement various new energy efficiency and demand response programs. In addition to
limiting peak demand, the City intends to implement home area network (HAN) technologies
and other AMI supported applications designed to control customer load while providing its
residents with more energy usage information and options.
This Request for Proposal does not commit Westerville to pay for any costs incurred in the
preparation or submission of any proposal or to contract for any services. Westerville will, at
its discretion, award a contract to the responsible vendor submitting the best proposal that
complies with the requirements stated in this Request For Proposal. The lowest price proposal
may not be the one selected. Westerville may, at its sole discretion, reject any or all proposals
received or waive minor defects, irregularities, or informalities.
Westerville would like to deploy an AMI network, including meter data management system
(MDMS), for the electric and water utilities over an estimated (3) three-year time period using
a phased installation approach. Westerville is requesting that Vendor provide separate cost
estimates for the electric and water utilities, and MDMS, as well as the cost of interfacing with
the City’s SunGard billing system and providing a customer facing web portal for customer use.
Westerville requires Vendor to describe its capability to interface the AMI System with
Westerville’s existing SunGard billing system, its current information architecture, its
Responder outage management system, and the MDMS. Vendor must provide a system that is
scalable up to the current meter deployment plus 50%, and can support a future Load Control
Management System and home area network (HAN) devices such as programmable
thermostats and in-home energy displays, and support distribution automation.
Objectives Westerville is seeking from an AMI system include, but are not limited to:
1. Provide Westerville with greater management and control of electric and water
system assets, thus enhancing electric and water system performance and
supporting cost reduction and improved efficiency.
4. Provide outage, theft and leak detection, remote disconnect functions, pre-payment
options and provide an accurate reading from every meter every day.
All questions must be submitted by Wednesday, June 16, 2010. To ensure a fair and
objective process, all questions must be submitted in writing to the City’s Procurement
Coordinator, Tom Patterson, at Thomas.Patterson@westerville.org. Written inquiries (e-mail)
must be received no later than 5:00 pm EDT, on Wednesday, June 16, 2010. The City’s response
to all inquiries will be posted to the City’s website (www.westerville.org) on Friday, June 18,
2010.
Proposals shall be submitted no later than 4:00 pm EDT, June 25, 2010.
The final proposal package must arrive at the above contact and address on or before the
submittal deadline. Proposals received after the deadline will be disqualified. Envelopes
containing a proposal must be specifically marked on the outside as a proposal to
provide a smart grid Advanced Metering Infrastructure (AMI) system.
Pre-Proposal Conference
The City will conduct a non-mandatory pre-proposal conference on Tuesday, June 15,
2010 at 1:00 PM EDT at the City’s Electric Division offices, 139 E. Broadway Avenue, First
Floor Conference Room. This meeting will provide an opportunity to ask any questions
concerning bid requirements, and to receive written copies of any questions and answers that
were previously submitted. Upon completion of the meeting, City staff will be available to
support any requests for on-site visits to typical meter locations.
In order to effectively evaluate each proposed solution, Vendors are encouraged to present a
proposal that is both concise and free of excessive “boiler plate” materials.
Furnish with the submitted Proposal, a “Summary of Conformance”, showing whether the
Vendor’s response or system is in full compliance, in partial compliance (with complete
explanations of deviations), non-compliant, or takes exception to the specifications
requirements. Utmost attention should be given to accuracy, completeness, and clarity of
content. All answers must reflect current capabilities. Any future capabilities must be stated as
such.
It is intended that a contract will be awarded to only the approved system supplier. Partial bids
covering only certain materials, a portion of the system, and not the entire system will not be
accepted. Vendors are encouraged to establish partnering arrangements as necessary to meet
all requirements, but responsibilities and reporting authority must be clearly defined.
Westerville reserves the right to reject or accept any and/or all-technical proposals or
responses, to either waive or reject any irregularities, to fully evaluate all bids received and
accepted, and to award the contract to the supplier having the best evaluated bid. Any
unauthorized contact with any other official or employee in connection with this Request for
Proposal is prohibited and shall be cause for disqualification of the vendor.
This Request for Proposal is being provided to Vendors in electronic format. Any modifications
to the questions in this Request for Proposal by the Vendor will result in immediate rejection of
the proposal.
Please note which features or capabilities within your proposal are considered optional, and are
not included in the proposed standard configuration for which pricing has been provided, when
these features are described or discussed. These optional capabilities should be clearly marked
as “Optional, with the additional cost provided.
Provide responses to the requirements in such a way that they are clearly differentiated from
the requirements themselves. A different typeface, bold or italic type, or different color ink are
all acceptable methods for differentiating the responses from the questions.
The evaluation and selection of proposed solutions and any subsequent contract award would
be based on requirements and the proposed capability. Any Exceptions identified in the
proposal must describe the difference and provide a description of the alternative being
proposed to meet the requirement. All Exceptions must be itemized at the end of Vendor
proposal.
Selection Committee
A Selection Committee consisting of the AMI Project Team and other City staff members has
been established to evaluate proposals. This committee will review all proposals and evaluate
them on the basis of overall responsiveness, completeness and the criteria described above.
The following sections provide an overview of the mandatory requirements of the City’s AMI
System. The requirements are not intended to be all-inclusive and respondents are encouraged
to describe additional product capabilities where appropriate.
1.6.1 Westerville would like to own and operate the AMI System after it is purchased and
installed. Any water meters that must be replaced will be purchased by Westerville.
Vendor will supply all electric meters, electric/water modules and other system
hardware, software, communications devices such as collectors, repeaters and modems,
and back office hardware as necessary to meet the full system requirements. Any
exceptions must be clearly identified on the exceptions list at the end of the proposal.
1.6.2 If Vendor proposes a solution that requires data transmission over a third party WAN or
includes an outsourced data collection service, Vendor shall provide a concise
description of how the AMI system transmits reads to Westerville’s back office
environment and the process for integrating system data with the City’s SunGard billing
system.
1.6.4 Vendor must advise Westerville of the AMI system’s required server processor power,
system memory, processor memory and configurations, mass memory requirements,
backup protocols and storage requirements within the Vendor’s proposal. All hardware
and software must conform to Westerville’s IT protocols and standards.
2. Vendor Qualifications
2.1. Overview
2.1.1 Only qualified vendors who have been actively engaged (for at least 3 years) in the
design, manufacture, integration, configuration and installation of electric and water
utility AMI Systems similar to those required in these specifications are eligible to
submit proposals.
2.1.2 Only industry-certified, licensed and insured installers of AMI Systems, their respective
components, modules, and sub-systems, who have been actively engaged (for at least 3
years) in the setup, configuration, installation, testing, and placement into service of
such Systems are considered qualified candidates to install the software and
communications network. AMI Vendor must include qualified installers of their
proposed network (including interfaces and network communications equipment) and
provide associated unit installation rates (See Section 5.2).
2.1.3 Vendor must furnish evidence demonstrating that the vendor has at least three (3)
years of successful experience in the design, integration, configuration, manufacture,
testing and implementation of AMI Systems of similar type, size, and configuration. No
bids will be allowed by Vendors who have less than the requisite number years of
successful experience.
2.2.1 Provide references from at least three (3) customers who have installed similar systems
and three (3) current projects. The systems must be currently in operation or in the
installation phase. Provide contact names, titles, and phone numbers of referenced
companies along with a description of the products provided and number of electric and
water meters being read. The level of integration with other systems should be briefly
described.
2.2.2 In addition to the above, please provide three (3) electric and water utility references
where you have successfully integrated your proposed AMI solution with the proposed
meter data management system.
2.2.3 Please provide all references where you have integrated your proposed AMI system
with distribution automation functions, home area network (HAN) applications and the
SunGard HTE billing system.
2.2.4 Please provide references related to your experience integrating electric and water AMI
systems.
2.3.1 Identify proposed software user community. Does the Vendor maintain an official Users
Group?
2.4.1 Describe the major functions and features of the head end software that are planned for
release over the next 24 months, and the projected release dates.
2.4.2 Describe the upgrades or enhancements made to the product over the past three years.
2.4.3 Describe Vendor’s definition of a product upgrade vs. a maintenance release, and policy
on providing future upgrades to Westerville.
3. Environment
3.1. Existing Business Systems
3.1.2.Customer Information System: “SunGard HTE version 5.0 was upgraded to version 6.0
in 2009. IBM iSeries (i5) hardware, DB2 database; iSeries Operating System, version
5.4. AMI system should interface with the most recent version of CIS at the time of
implementation.
3.1.3.Mapping/GIS: . Telvent Miner & Miner’s ArcFM GIS; client/server HP Proliant servers;
SQL Server 2000 database upgrading to 2008 or 2010, in 2010.
3.1.6.Westerville presently owns, operates and maintains its own Gigabit-speed fiber optic
based LAN/WAN network, providing connectivity to its various buildings, substations,
service centers and operations locations. This network is currently being extended to
all electric substations within the City’s distribution system.
3.1.8.Westerville currently internally supports and hosts its City web site, and is exploring
improved methods of handling electronic bill payment functions. It is anticipated that
the City will support expanded web access to data through a new customer web portal
that will provide interval consumption data, time of use and other energy management
functions. Vendor should describe its web access capabilities and support via its AMI
or MDMS systems (section 3.2.4). Proposed system must work in conjunction with the
City’s on-line bill payment system.
The Outage Management System is Telvent’s Responder OMS. Please describe your
organization’s proposed approach to the design and development of the outage
management interface, identifying costs, and any experience you have interfacing
with Responder.
4. System Requirements
4.1. AMI System Operation
4.1.1.AMI system must perform electric and water meter reading operations including providing
interval consumption data using two-way communications to electric meters. AMI system
must be capable of establishing meter reading schedules and automatically initiating read
functions to collect all readings required to meet the performance levels.
4.1.2.AMI system must be capable of monitoring the current load and outage status of the
Westerville distribution network and must be available to all connected users. The head
end software should monitor the general characteristics of all devices in the network, and
should be capable of providing system reports of outages, tamper conditions, low voltage,
system load and other characteristics of network operation.
4.1.3.AMI system must be able to provide billing reads for all customer accounts, and should
support standard and time differentiated rate schedules, including critical peak pricing.
The system should be capable of resetting customer demand for demand accounts upon
obtaining the monthly billing read, should support power factor calculations and retrieve
the monthly power factor figure if it is calculated by the meter. Reads must be date and
time stamped.
4.1.4.The AMI system should be capable of extracting all available energy consumption, demand
and alert information from the electric meters, at least daily reads from the water meters,
and be capable of retrieving a minimum of 30 days of historical data from the
electric/water meters in the event of a communications interruption.
4.1.5.AMI system should be capable of providing direct load control through its head end
software or an integrated third party system. Load control should include direct control
and load cycling of air conditioners, heat pumps, pool pumps and water heaters.
4.1.6.Meters must be capable of being visually read with no reliance on communications or host
connectivity.
4.1.8.Please describe the proposed method of connecting the water reading solution with the
City’s touch pad and plug in water connections. Describe the manner in which the water
reads are integrated with electric reads on read cycles and for billing purposes.
4.1.9.If a wireless solution is proposed, please describe the frequencies and bandwidth
requirements involved, the FCC licensing requirements and the method of obtaining and
maintaining the license.
4.1.10. Please describe how the AMI system assigns meters to routes, changes meter reading
schedules, and adds and deletes customer accounts. Explain how the AMI system assigns
and changes customer rates.
4.1.11. AMI system must be able to support net metering for residential and commercial
accounts. If the net meter has multiple channels, with multiple registers for each channel,
explain how this is managed in the head end software.
4.1.12. AMI system should have remote meter disconnect and reconnect capability, provide on
request reads and support implementation of pre-payment programs.
4.1.13. If a wireless solution is proposed, AMI network should be “self-healing” and “self-
initializing”. Discuss any limitations to meter data “hops” or establishing alternate routes
to other collectors/repeaters. Identify how the AMI network initiates alarms on
communications problems, and how the network re-establishes communications when
they have been interrupted.
4.1.14. Please describe how the outage detection and distribution automation functions work,
alarm success rates, what alarm latency is expected and how the AMI system maintains
communications integrity with these systems during large power outages.
4.1.15. AMI Vendor must describe operational battery life of the water module being proposed to
Westerville and the warranty replacement process should batteries fail prior to life
expectancy.
4.1.16. If a power line carrier system is proposed, describe the type and functions of the
substation equipment, the electric meter interface, and the manner in which the water
meters will be read.
4.2.1.AMI System must have the capability to obtain and record multiple readings over a daily
period (e.g., hourly or 4 times per day) to monitor and profile electric and water
consumption patterns from a particular meter or group of meters.
4.2.2.Westerville must have the ability to remotely reconfigure the AMI end point to read hourly
and upload the interval data at the end of each daily read period.
4.2.3.AMI System must be designed and built with sufficient network infrastructure such that a
daily read is achieved for each meter at a level of 98.5% success each day, with 100% of
meters read over any 30 day period.
4.2.4.AMI System meter reads must be proven to be accurate with all meter types approved for
use on the vendor’s AMI system. Reads must have a less than 0.001% error rate.
4.2.5.AMI System must provide capture of 99.5% of read intervals for 100% of the AMI end
points billed on time-of–use rates each month.
4.2.6.AMI System must retrieve the billing reads for 99.5% of all meters by 8:00 AM on the billing
day, and 99.8% over any three day billing window.
4.2.7.All AMI system meter reads, events, alarms, power outages and restorations must be date
and time stamped.
4.2.8.AMI Vendor must describe what system level reports are available to demonstrate that the
required read and outage response performance are being achieved.
4.2.9.AMI System must provide water meter reads with a precision of at least 0.1 cubic foot for
smaller meters (size 1” and below) and to a minimum of 1.0 cubic foot for meters (larger
than 1”) to measure water consumption for billing, conservation and leak detection
purposes.
4.2.10. AMI System must provide on-request meter readings with a response back to the central
office in 15 seconds or less.
4.2.11. AMI System must be capable of last gasp reporting after outages and reporting power-on
status after restoration. AMI system should be capable of providing a list of customers
affected by an outage incident and the cumulative number of outages.
4.3.1.Please describe the overall system architecture and proposed configuration. Include
diagrams that identify each component being proposed in an overall system design for
infrastructure deployment and a description of the connectivity between the endpoints
4.3.2.AMI System must provide stringent security measures throughout the network at all levels,
and should conform to the NIST Smart Grid Cyber Security Standards. Security features
must be built into the endpoint devices, the communications networks, the gateways
and/or data collectors and the network management system. Describe the approach that
is taken for system security and the security standards that are complied with.
4.3.3.Provide minimum/maximum capabilities and any capacity limitations with respect to the
amount/speed of data and number of devices that the proposed technology can support.
4.3.4.Please describe the capacity of each system component in terms of the number of meter
readings stored (in total and per AMI end point) and/or the number of meter readings
that can be transmitted or received in a given time interval.
4.3.5.Describe interoperability architecture of your products. Will the data be stored on a single
or multiple servers? How is system backup accomplished? Please provide a listing of all
network platform requirements, servers, software, routers, hubs, operating and database
requirements, and an estimate of their cost. List all third party software and licenses that
are required.
4.3.6.Please describe what data is stored at the meter and whether the AMI Module has on board
memory. If so, how many reads and other data values can be stored in the AMI end point
and for what time period?
4.3.7.If the meter reads, alerts and other related information are not stored at the AMI end point,
please state how, where and if this information is collected and/or stored in other parts
of the system and for how long.
4.3.8.Please describe how information can be archived at the head end, and the retrieval process
that is used to acquire it.
4.3.9.Please describe how the head-end system supports integrating with other systems through
open standards (such as Web Services and XML). Is the AMI system MultiSpeak
compliant? What APIs have been published to date?
4.3.10. AMI Vendor must state the range of operating temperature and humidity range for the
water AMI Module. All components (except AMI head-end system) must operate and
meet the required functional specifications within a temperature range of – 30 to + 70° C,
and within a humidity range of (0%) to (100%) non-condensing.
4.3.11. Westerville desires that the AMI System have the capability of communicating when a
water meter has experienced a backflow event. Please state how the system can monitor
backflow and how this information is transmitted and reported.
kWh/kW Sum
kWh/kW Net
kWh/kW Delivered
kWh/kW Received
4.3.13. Three phase AMI meters must measure and communicate at least four (4) of the register
energy/demand values below and any four (4) LP interval values below:
kWh/kW Sum
kWh/kW Net
kWh/kW Delivered
kWh/kW Received
kVARh/kVAR Delivered
kVARh/kVAR Received
kVAh/kVA Delivered
4.3.14. Please provide a complete list of all electric meters compatible with your solution. For
each, provide:
Manufacturer
Model
Form number
Historical Failure rate
Accuracy
Operating environment parameters
Data security features
ANSI metering standard
4.3.15. Please provide a complete list of all water meters compatible with your solution. For
each, provide:
Manufacturer
Model
Meter registers supported/required (encoder or pulse)
Battery life
Whether retrofit is possible or not
4.3.16. Please provide your technology roadmap that describes all planned system upgrades
including new meters over the next 3 years. Provide specific dates for each planned
upgrade.
4.3.17. Please provide a detailed explanation on how to develop the meter and AMI Module
4.3.18. AMI installation Vendor must geo code meter and collector placement, expressed in
longitude and latitude, as part of initial system design, and provide this data as part of the
meter change out upload file.
4.3.19. AMI System must be configured by the AMI Vendor to ensure the necessary levels of fault
tolerance, redundancy, bandwidth, etc. to guarantee system information performance
levels meet described specifications. AMI Vendor must describe how this is calculated,
and what the redundancy levels are.
4.3.20. AMI system must be capable of coding an account as vacant, and then monitoring the
account for unauthorized energy or water usage. Please explain how this is accomplished
in the head end software.
4.3.21. AMI system should be able to monitor high/low usage on a daily basis as well as report
and flag any usage anomalies that would indicate theft or unauthorized usage.
4.3.22. Provide screen shots of data entry screens showing what customer information is
available and what fields are configurable by the user.
4.3.23. Please describe the process for remotely changing a meter configuration. For example,
what is the process to change a customer’s TOU configuration or add a register?
4.4. Communications
4.4.1.Westerville does own, operate, and maintain its own Gigabit-speed fiber optic network
connecting electric substations and water pump stations. Please describe the AMI
system’s capabilities to interface with the city’s fiber system.
4.4.2.AMI System must comply with all FCC radio frequencies allocations and licensing
requirements. Wireless options must have frequency allocations available in the State of
Ohio. AMI Vendor must provide the cost to acquire and maintain these licenses. Wireless
systems must not impede frequencies already being utilized within the State of Ohio and
throughout Westerville service territory.
4.4.3.AMI Vendor must describe all potential sources of communication interference that could
affect the AMI systems operation. Please describe your historical experience with
interference issues and their impact on operation of the AMI system.
4.4.4.AMI Vendor must perform all necessary propagation studies and determine the appropriate
locations for towers, data collectors, concentrators, repeaters and any other wireless
4.4.5.Please describe how the time is synchronized across the network. Describe how the AMI
system maintains constant, synchronized time across the network.
4.4.6.To the extent that the proposed system may require mounting and power supply for certain
devices on poles or at pad-mount transformers, Vendor must provide the appropriate
specifications for these devices to include size and weight of equipment, service or access
requirements, power supply requirements, and other relevant specifications.
4.4.7.AMI Vendor should describe its plans concerning the addition of future smart grid devices
such as HAN devices, remote feeder switches, capacitor bank controls, etc., and the AMI
system’s ability to manage smart grid devices using its head end software and
communications network.
4.5.1.AMI Vendor must demonstrate a business relationship with at least three of the leading
MDMS Vendors and have secured contracts for deploying or have integrated systems
currently in full operation. AMI Vendor must list these MDMS vendors, and provide a
proposed MDMS solution, including features and price, for its in-house system or by using
a third party provider.
4.5.2.Describe your AMI system’s meter data management interface capabilities. Can the head
end AMI software perform load control functions and communicate with thermostats and
in-home displays without requiring an MDMS system?
4.5.3.Please describe the extent to which your proposed MDMS system can process meter data to
perform validation, editing and estimation (VEE) functions, and create billing
determinants for standard and time-of-use rates. Can the AMI system head end software
send pricing signals for critical peak pricing rates, or is MDMS required?
4.5.4.Please describe what data storage capabilities are available in the head end software.
Describe how the AMI and MDMS systems communicate with billing, outage
management, work orders and other utility systems. Please provide separate costs for
interfaces from AMI to MDMS or any of these other systems.
4.5.5.Describe the AMI system’s web portal capabilities. Can your AMI software host or support a
customer web portal for customer access to energy and water consumption data, or is an
MDMS or third party software required? Please provide a separate cost for the web
portal software and implementation services.
4.6.1.AMI system should have the ability to send load control commands to a future Home Area
Network (HAN) and/or external load control device via the communications network
using an under glass ZigBee option board or a home gateway.
4.6.2.The proposed solution must have two way communications that support future HAN
applications, including use of in-home displays and other devices such as programmable
thermostats.
4.6.3.AMI system should be capable of performing load control functions such as cycling air
conditioners and temporarily disabling electric water heaters and pool pumps.
4.6.4.Please discuss the methods of controlling these devices from the AMI head-end software
and explain what options Westerville would have in terms of automation of load
shedding, changing control parameters, etc.
4.6.5.Please clarify precisely what HAN capabilities can be directly supported through the AMI
system’s head end software, and what functions require third party application software
(and other vendors) to implement.
The following are features that Westerville is considering implementing as part of future AMI
development. For each of the following features, please describe how your solution addresses
them.
Outage Management System
Distributed generation (wind/solar) and energy storage
GIS
Distribution Automation/remote switching
Pre-Pay
Appliance controls
Other Features
4.8.1 Describe the head-end software used to communicate with the meters and include the
following:
Overview
Supported operating systems for servers and clients
Databases supported
Security
Screen shots to show system usability
Time synchronization
4.8.3.At the time of discovery, what information is provided from the meter to the head-end
system? Include screen shots of what the user will see when a new meter is installed.
4.8.4.Please provide screen shots of other user and system administrator screens showing
how meter rates are configured, remote disconnect devices are actuated, on request
reads requested, and events and alarms are detected. What real time third party
notification is available, such as via e-mail, text message, etc. for events and alarms
received at the head end?
5. Implementation
Please describe your suggested organization for the AMI project, from contract award to
maintenance support, with the respective roles and responsibilities of the AMI vendor, the
installation contractors, your role in developing and testing the interfaces and Westerville project
team personnel; as well as any other parties.
Project implementation meetings will be held regularly in order to ascertain project status and
ensure that the project remains on schedule. Your project manager will be required to attend such
meetings and provide updated plans and schedules. Cost for all expenses associated with such
meeting must be included in the cost of the proposal.
Please submit an overall preliminary project work plan and deployment strategy for consideration
by Westerville’s project team. This plan should include a Definition of Scope, Implementation
Schedule, Project Milestones, Reporting and Documentation Requirements, User Training, and Final
Acceptance. Project man hours must be reported as required to support the reporting
requirements of the ARRA’s Smart Grid Investment Grant program.
A. Definition and Scope: Prior to notification of Contract Award, Vendor must submit a final
definition and project scope of work, with the above items included, for review and
approval of Westerville. Westerville will review, and upon approval, schedule a Project
Kickoff Meeting with Vendor, which will serve as the official project start date.
E. User Training: Please provide a listing of required on-site and/or Vendor’s off-site
training. This training should include operation and diagnosis of the head end system,
initial set up and configuration, equipment installation and diagnosis of meter endpoints
and network hardware and other training as required. A detailed price schedule should be
attached for this training including the number of seats or class size that is included.
H. Project Acceptance Testing: Please provide a preliminary test plan that describes
Vendor’s project acceptance testing procedures and tests to demonstrate to the satisfaction
of Westerville that the system has been fully installed, all system applications are working
and required system level performance is being achieved. Preliminary test scripts used on
other projects should be provided; the submitted test plan should not simply be a plan to
write a plan.
Vendor should expect to begin AMI system installations within (3) months of the contract signing.
Any exceptions or inability to support this start-up timeline, including delivery of head end
software, network meters, endpoint devices and other equipment, should be clearly stated as an
exception to the bid requirements at the time Vendor’s bid is submitted.
Within 15 days after Contract signing, Vendor should provide Westerville with firm delivery dates
for required project meters, equipment and software that support the (3) month start-up timeline.
A preliminary training schedule must also be provided that covers all necessary training in time to
support project start-up.
Vendor should provide network installers or engage a contractor capable of installing data
collectors, repeaters and other network devices. Vendor will be responsible for conducting
propagation studies and determining the locations of network equipment in a manner needed to
meet specified performance levels.
Prior to project start-up, Vendor must provide a test plan that describes the equipment, software
applications and system performance requirements that will be tested, the metrics and expected
results to be achieved and the methodology that will be used. Westerville will review this plan and
reserves the right to add additional testing requirements to ensure that the system is working to
Westerville’s satisfaction.
Please provide a summary of equipment and software failure rates for equipment installed for the
AMI systems you have provided as references. This summary should include failures that are later
attributed to meter failures if the meters provided are from a third party manufacturer. Meter and
module failures should not exceed 0.5% failures during the warranty period, or a 1% annual failure
rate during the first 10 years of system operation.
5.4. Training
Westerville views training as an important part of AMI installation to fully realize the potential of
any AMI system. Westerville will require employees from a number of different departments to be
trained to support the new system. Describe your general approach to recommended training
programs. Include information on the location, content, audience, duration of training, and training
materials provided to the different classes of users. Provide a table of projected training
requirements, length of training and cost.
AMI Vendor must provide to the trainees, workbooks, outlines, training aids (including videotapes,
etc.), and system technical manuals as appropriate for each training session. AMI Vendor will be
required to train meter and module installation contractors in the proper methods of installing,
discovering and activating the meter endpoints to communicate over the AMI network.
During the course of full AMI System implementation, some formal refresher training may be
required at a Westerville designated location. AMI Vendor must be able to provide targeted
training materials capable of addressing identified Westerville operational weaknesses. AMI
Vendor should commit to supplying a qualified, knowledgeable instructor(s) for the refresher
training.
5.5. Documentation
As a general rule, some of the documents that Westerville would find helpful in
understanding and operating the AMI system include:
As built drawings
System overview descriptions
System flow charts
All system programming, data entry procedures
File descriptions and record layouts
Description of program function and logic
Back-up and recovery procedures
Instructions for performing backups for all systems
Operating manuals and procedures
Screen layouts; screen prints
System interface designs and file layouts
Report descriptions
Descriptions of all user options
Descriptions of all diagnostics and error messages
Equipment specifications and installation guides
Inventory of all equipment, including spare parts
Completed training forms
Vendor must furnish a written warranty that the complete AMI system, including its
associated components, software, appurtenances, accessories, systems, and hardware
required under the contract have been fully tested and found satisfactory in every respect.
The warranty should provide in writing that all equipment and systems are new, unused, in
first class condition, in full compliance with the requirements of these specifications, and
are free from defects in materials, labor, and workmanship for the full warranty period.
In the event equipment warranty defects are found during the project installation period,
Vendor must immediately make repairs or replace any such defective equipment to the
written satisfaction of the Westerville, and at no additional expense to Westerville. In no
event should endpoint failures exceed the levels prescribed in Section 5.3 Quality
Assurance/Testing.
Vendor should describe its source code escrow policy, and explain how Westerville would
gain access to the source code in the event of bankruptcy or acquisition of Vendor by a third
party.
Vendor should provide a phone-in service and support website for assistance regarding
software or hardware problem determination and resolution. Fax and email services
should also be available. Vendor should provide a sample maintenance agreement covering
post warranty support and response times.
A vendor help desk should be available to provide assistance and help Westerville to
diagnose problems affecting normal system operation. This standard level of assistance
should be provided at no cost during the entire period of system operation.
AMI Vendor should provide remedial fixes when necessary and routine updates to the
licensed software at no additional cost to Westerville. AMI Vendor should supply all
necessary instructions for the installation of remedial fixes, updates, minor corrections or
workarounds if they are to be performed on-site by Westerville personnel. Major upgrades
and fixes should be handled either remotely or on-site by Vendor personnel.
If required, the AMI Vendor should deploy software or hardware support representative to
the Westerville site to isolate alleged errors in the software or hardware, resolve problems
and apply corrections or workarounds. Vendor should clearly state if 24/7/365 support is
available, associated response times and associated cost for this service if a maintenance
services agreement does not already provide it.
Vendor’s AMI software must be supported for a minimum of fifteen (15) years with
enhancements, and corrections of defects, at no additional cost to Westerville beyond the
annual maintenance fee.
5.9. Exceptions
6.1.1. Identify all scoping and pricing assumptions to permit proper analysis and price
comparisons. Both capital and annual operating cost data should be provided.
6.1.2. List options separately. If pricing can be best provided by combining features or
functions, please provide both options along with associated assumptions.
6.1.3. All prices must be valid for acceptance for a period of 120 days. Prices must apply for the
duration of the project.
6.1.4. All assumptions concerning use of third party products and services should be clearly
stated. If partnering arrangements are established for the purpose of satisfying the
requirements of this Request for Proposal, responsibilities and associated costs should be
clearly delineated.
6.2 . Pricing
6.2.1 The pricing must include all costs associated with the Vendor and third party proposed
hardware and software and must detail all applicable licenses: server/site, module and/or
seat licenses. Explain extent of server/site licenses as they pertain to additional seats or
off-site access.
6.2.2 The pricing must include all labor costs associated with the implementation and
maintenance of the hardware and software. This pricing must be itemized by phase and
each item of services identified. Services or software provided by a third party must be
separately identified with its cost to the customer.
6.2.3 The response must include a list or description of any other software tools, hardware and
third party materials and services that may be required for the full and complete
implementation of the AMI project. State the responsibilities of Westerville, the system
integrators, or any other party in the acquisition of these items.
6.2.4 Individual proposed components along with their respective prices must be included. If
some meters cannot be outfitted with the necessary modules and associated equipment,
these meters should be clearly identified (see Attachments A & B). All items which are
included as part of a bundled package must be listed and priced.
6.2.6 Communications network installation rates should be provided for electric and water
components of the AMI network. Installation labor can be provided on a unit installation
or hourly basis as long as the cost to install the network is quantified.
6.2.7 Vendor should be willing to provide preferential pricing for additional network and
endpoint devices and equipment that are purchased upon completion of the warranty
period. This includes material costs for new meter growth and after warranty failures.
6.2.8 Provide costs associated with the maintenance and on-going support of the system after
system acceptance and warranty. If possible provide a fixed price yearly maintenance and
service agreement cost that includes replacement and servicing of network equipment.
Funding for the City of Westerville’s Advanced Metering Infrastructure and Smart Grid Project
(WAMIS) is provided in part through the ARRA Smart Grid Investment Grant (SGIG) program.
Consequently, the AMI costs associated with smart grid must be isolated from other project
costs including the cost of implementing AMI for water meters. While Westerville expects to
implement a fully integrated AMI system for both electric and water meters, the water AMI
costs including water meters should therefore be priced separately.
6.4. Upgrades
Please explain how the following will be handled to ensure that the required functionality is
provided and maintained in accordance with your proposal and future requirements:
a. Database upgrades
b. Operating system upgrades
c. Software upgrades
d. Hardware upgrades (e.g. firmware).
e. Explain any costs over and above maintenance charges for the above. These
must be acknowledged as being provided in the pricing section of the proposal.
f. State whether functionality exists to upgrade hardware firmware remotely
g. Also explain how your company handles database upgrades and operating
system upgrades for interfaced systems.
6.5.1.Westerville reserves the right to reject any and all proposals received as a result of this
Request for Proposal.
6.5.2.Westerville reserves the right for any reason to waive minor irregularities in any
proposals received, and to negotiate with any party in any manner deemed necessary
to best serve the interests of the City.
6.5.3.Westerville will not be responsible for any costs incurred by any party in preparation
of any proposal submitted in response to this Request for Proposal.
6.5.4.Westerville reserves the right to amend or cancel this Request for Proposal at any time
if the best interest of the City requires such action.
6.5.5.News releases pertaining to this Request for Proposal, contract award, or the project
must not be made without prior written approval from the Westerville.
6.5.6.Westerville will pay for actual work performed and expenses incurred under this
project up to the specified contract amount. Specific payment provisions will be
arrived at upon mutual agreement of the parties. All payments will require the
submission of an itemized billing of work performed to date in sufficient detail to
justify payment.
6.5.7.All parties submitting proposals must be Equal Opportunity Employers. During the
duration of the performance of this contract, the contractor will be expected to comply
with all federal, state and local laws respecting non-discrimination in employment.
6.5.8.All deliverables submitted by the selected contractor must become the property of
Westerville.
6.5.9.Westerville assumes no liability in any fashion with respect to this Request for
Proposal or any matters related thereto. All prospective contractors and their
subcontractors or successors, by their participation in the Request for Proposal
process, must indemnify, save and hold the Westerville and its employees and agents
free and harmless from all lawsuits, causes of action, debts, rights, judgments, claims,
demands, damages, losses and expenses or whatsoever kind in law or equity, known
and unknown, foreseen and unforeseen, arising from or out of this Request for
6.5.10 Any contract executed with respect to this Request for Proposal will contain the City’s
customary provisions for a contract for services, attached hereto or located on the City
of Westerville web site.
6.5.11 It is understood that the scheduled quantities of work to be done and materials to be
furnished may increase, decrease or be deleted entirely after execution of an
agreement. Quantities may be equitably adjusted by Change Order.
6.5.12 A Performance Bond and or Payment Bond, each meeting the requirements of
Sections 153.54, 153.57, and 153.571 of the Ohio Revised Code, with a Surety
qualified to do business in the State of Ohio will be required for the faithful
performance of the work.
6.5.13 The successful offeror will be required to complete and submit the following forms
prior to the execution of an agreement: Noncollusion Affidavit; Declaration
Regarding Material Assistance / Nonassistance to a Terrorist Organization; and
Contract Certification for Political Contributions. Offerors are urged to include these
documents in their proposal.
6.5.14 The successful offeror will be required to withhold all City income taxes due or
payable under the provisions of the Income Tax Ordinance, for wages, salaries, and
commissions paid to its employees and further agrees that any of its subcontractors
shall be required to agree to withhold any such City income taxes due under said
chapter for services performed.
6.5.15 The successful offeror and its subcontractors shall secure and maintain Liability and
Property Damage Insurance (1) in an amount not less than One Million Dollars
($1,000,000) for bodily injuries, including wrongful death, to any one person, subject
to the same limit for each person, in an amount not less than One Million Dollars
($1,000,000) for bodily injury damages for any one accident; and (2) in an amount
not less than One Million Dollars ($1,000,000) for property damages on account of
one accident and in an amount of One Million Dollars ($1000,000) for damages for all
accidents. The City of Westerville shall be named as an additional insured. The
successful offeror will be required to submit a Certificate of Insurance and a current
Worker’s Compensation Certificate to the City prior to the execution of an agreement.
6.5.16 The U.S. Department of Labor “Safety and Health Regulations for Construction”
identified as Chapter XVII of Title 29, Code of Federal Regulations (CFR) Part 1926
(formerly Part 1518) and subsequent amendments shall be made a part of the
agreement.
6.5.17 Materials to be incorporated in the work may be purchased by the successful offeror
free of Ohio State sales tax.
Current Ohio prevailing wage rates and Davis-Bacon Act rates can be viewed on the
City of Westerville website (www.westerville.org)
Please see Westerville’s website (www.westerville.org) for any other terms and
conditions, and additional forms and schedules.
Notes:
Sewer deduct meters are a secondary meter at the same service location as the primary meter
Approximately 20 meters are in pits, majority are in buildings
All but 50 meters are remoted, 550 have Neptune R900 radio reads
Data as of Feb. 2010
State of:
County of:
BID Identification:
CONTRACTOR:
of
(sole owner, a partnership, president etc.) (name of company)
the party making the foregoing BID; that such BID is not made in the interest of or on behalf of any
undisclosed person, partnership, company, association, organization, or corporation; that such BID is
genuine and not collusive or sham; that said BIDDER has not directly or indirectly induced or solicited
any other BIDDER to put in a false or sham BID, and has not directly or indirectly colluded,
conspired, connived, or agreed with any BIDDER or anyone else to put in a sham BID, or that anyone
shall refrain from bidding; that said BIDDER has not in any manner, directly or indirectly, sought by
agreement, communication or conference with anyone to fix the BID price of said BIDDER or of any
other BIDDER, or to fix any overhead, profit, or cost element of such BID price, or of that of any
other BIDDER, or to secure any advantage against the OWNER awarding the Contract or anyone
interested in the proposed Contract; that all statements contained in such BID are true; and, further,
that said BIDDER has not, directly or indirectly, submitted his BID price or any breakdown thereof, or
the contents thereof, or divulged information or data relative thereto, or paid and will not pay any
fee in connection therewith, to any corporation, partnership, company, association, organization,
BID depository, or to any member or agent thereof, or to any other individual except to such
person or persons as have a partnership or other financial interest with said BIDDER in his general
business.
Signed:
Day of , 20
Seal of Notary
Contractor hereby certifies that all applicable persons listed in Ohio Revised Code §3517.13(I)(3) are in
compliance with the provisions of Ohio Revised Code §3517.13(I)(1), and all applicable persons listed
in Ohio Revised Code §3517.13(J)(3) are in compliance with the provisions of Ohio Revised Code
§3517.13(J)(1).
In addition, Contractor acknowledges that Ohio Revised Code §3517.13(AA) provides, “No individual,
partnership or other incorporated business, association, estate, trust, corporation, or business trust
shall knowingly make a false statement on a certification required under … this section.” Furthermore,
Contractor acknowledges that Ohio Revised Code §3517.992(R)(3) provides, “Whoever violates
division (AA) of section 3517.13 of the Revised Code is guilty of a felony of the fifth degree, and the
contract that includes the certification made in violation of that division shall be rescinded.”
Contractor:
By:
Signature
PRINTED NAME
Its:
Title
Date: